HomeMy WebLinkAbout2017-059A WORK ORDER NUMBER 12
1s' Street SW and 27th Avenue Intersection Signalization Improvement
IRC Project No. 1231
This Work Order Number 12 is entered into as of this_2_day of May 2017, pursuant to
that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011 and that
certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into
as of the 4th day of November, 2014(collectively referred to as the"Agreement"), by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Kimley-Horn &
Associates, Inc.("Consultant").
EXHIBIT A
SCOPE OF WORK
The COUNTY desires to prepare traffic signalization plans associated with the 1st Street SW/ 27th Avenue
Intersection Improvement Project. It is understood that the proposed signalization improvements will consist
of a mast arm traffic signal assembly at the subject intersection which will be designed to meet current IRC
and FDOT standards. It is understood that the proposed signalization design will be performed based upon
the proposed IRC roadway geometry.
The plans will include the design and layout of proposed signal poles, signal heads,video detection, conduit,
and pull boxes. The plans will include all call outs, controller timing chart, signal head details, sign details,
controller notes, signal operating plan, overhead street name sign design details, pole schedules, tabulation
of quantities.
The set of plans will include the following sheets: key sheet; tabulation of quantities; general notes; plan
sheet; sign work sheets (if necessary) and mast-arm pole schedule. The COUNTY will provide geotechnical
data necessary to support the mast-arm pole selection.
The County agrees to provide (in a timely manner) the following material, data, or services as required in
connection with the work to be performed under this Agreement; all of which information the CONSULTANT
may use and reasonably rely upon:
A. Provide the CONSULTANT with a geotechnical investigations, traffic counts, preliminary data or
reports available,existing location surveys,topographic surveys,and related documents required
to complete the construction documents.
B. Provide the CONSULTANT with all available drawings, right-of-way maps, and other documents
in the possession of the County pertinent to the project.
C. The County shall make provisions for the CONSULTANTto enter upon public and private property
as required for the CONSULTANT to perform his services.
D. The County will promptly execute all permit applications and provide application and review fees
necessary to expedite the acquisition of any local, state or federal permits made necessary by
the project.
E. The County will pay for all permit fees.
A. Traffic Signalization Plans:
Roadway set of plans shall consist of the following:
60% 90% 100%
Cover Sheet C C F
Summary of Pay Items P C F
Summary of Quantities&General Notes P C F
Signalization Plans P C F
Construction Cost Estimate and Quantities C C F
Notes: P—Preliminary, C—Complete, but subject to change, F- Final
The plans will be prepared based upon English units. Final digital design documents will be provided to
the County in AutoCAD format.
The following additional data shall be utilized for development of the plans:
1. The roadway plans sheets will be drawn at a scale of 1" =40' prepared on 11"x 17" sheets.
2. Plan sheets shall depict existing right-of-way, section lines, property lines, temporary
construction easements, and centerline of construction. Horizontal control points with state
plane coordinates for all PC's, PT's,curve radius,curve length and horizontal Pi's shall be included
on the Plan or summarized in an alignment table.
3. Plans shall include spot grades adequate to describe any proposed grading.
4. Match lines shall not be located within the limits of an intersection.
5. If applicable,soil boring information shall be plotted on cross sections with soil classification and
high season water table.
6. All quantities shall reference FDOT Pay Item Numbers.
7. All details shall reference FDOT Index Numbers.
8. All specifications shall reference to County and/ or FDOT Specifications for Road and Bridge
Construction. Any deviations are special specifications not included in FDOT Specifications are
required in the Technical Specifications.
9. 60%, 90%and 100% Plan Submittals shall include the following:
i. Three (3)Sets of Signed and Sealed Plans.
ii. One (1) Opinion of Probable Construction Cost
iii. One (1)CD with drawings in PDF format,final submittal shall include .dwg files.
iv. The CONSULTANT will provide construction documents and calculations in
sufficient quantity as required by the various reviewing agencies.
B. Utility Coordination:
The CONSULTANT will coordinate with franchise utility operators in the vicinity of the project such that
the proposed construction activities can be developed to minimize impacts to existing utilities located
within the project limits. Any utility permitting and relocation design required to accommodate the
proposed improvements will be addressed as an additional service relative to this scope of work.
FEE SCHEDULE
The COUNTY agrees to pay and the Consultant agrees to accept for services rendered pursuant to
this Agreement fees inclusive of expenses in accordance with the following:
A. Professional Services Fee
The basic compensation mutually agreed upon by the Consultant and the COUNTY is as
follows:
Lump Sum Components
Task Labor Fee
Traffic Signalization Plans $ 20,360
Utility Coordination $ 2,780
Project Total $ 23,140
TIME SCHEDULE
Upon authorization to proceed by the COUNTY,final design documents are expected to take
approximately twelve (12)weeks from the Notice to Proceed (NTP).
NTP Upon BOCC Approval
Phase I Submittal (60% Design Plans) 4 weeks following NTP
Phase II Submittal (90% Design Plans) 8 weeks following NTP
Phase III Submittal (Final Design Plans) 12 weeks following NTP
The project schedule provides for two (2)weeks for COUNTY submittal review following the Phase I
and Phase 11 submittals.
The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A
(Scope of Work), part of this Work Order and made part hereof by this reference. The professional services
will be performed by the Consultant for the fee schedule set forth in Exhibit A (Fee Schedule), part of this
Work Order and made a part hereof by this reference. The Consultant will perform the professional services
within the timeframe more particularly set forth in Exhibit A (Time Schedule), part of this Work Order and
made a part hereof by this reference all in accordance with the terms and provisions set forth in the
Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict
with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in
each individual Work Order as if fully set forth herein.
IN WITNESS WHEREOF,the parties hereto have executed this Work Order as of the date first written
above.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
KIMLEY-HORN &ASSOCIATES, INC. OF INDIAN RIVER COUNTY
Jseph . Flescher, airman '•.aio.`
d • '�/ •:p
Title: Senior Vice President
BCC Approved Date: Ma 2 2017 'y
•' r
s •
r
Attest:Jeffrey R.Smith,Clerk of C urt and.Compri...BOE;;.•••,
By:
Deputy Clerk
Approved:
r. A�'—
Jason E. Brow ,County A ministrator
Approved as to form and legal sufficien
Dylan T. Reingold,County Attorney